Alinity mp Pre-Analytical System
ID: 36C26125Q0366Type: Sources Sought
Overview

Buyer

VETERANS AFFAIRS, DEPARTMENT OFVETERANS AFFAIRS, DEPARTMENT OF261-NETWORK CONTRACT OFFICE 21 (36C261)MATHER, CA, 95655, USA

NAICS

Analytical Laboratory Instrument Manufacturing (334516)

PSC

ANALYSIS INSTRUMENTS, MEDICAL LABORATORY USE (6632)
Timeline
    Description

    The Department of Veterans Affairs is seeking qualified vendors to provide the Alinity mp Pre-Analytical System for the VA Northern California Healthcare System (VANCHCS) located in Mather, California. This procurement aims to enhance the efficiency of testing for sexually transmitted infections (STIs) and HPV by automating the aliquoting of liquid-based cytology samples, thereby addressing critical staffing shortages and reducing sample handling errors. The initiative is particularly important given the high prevalence of HPV-related conditions among the veteran population, and the selected system must be compatible with existing infrastructure while adhering to space limitations. Interested parties are required to submit a statement of capability, along with relevant documentation, by 1:00 PM on March 20, 2025, to Jason S. Olliff at jason.olliff@va.gov. Responses should include business size, socio-economic status, and proof of authorized distribution, as well as any pertinent past performance information.

    Point(s) of Contact
    Files
    Title
    Posted
    The document outlines a Statement of Work for acquiring the Alinity mp System for the VA Northern California Healthcare System in Mather. This system will automate aliquoting of liquid-based cytology (LBC) samples for testing sexually transmitted infections (STIs) and HPV, addressing a critical need for efficient testing amid staffing shortages. The objectives include reducing sample handling errors and turnaround times for testing, which is essential given the high prevalence of HPV-related conditions in the veteran population. Key selection criteria for the equipment focus on compatibility with existing systems and space limitations. The installation will be conducted by an Abbott representative, ensuring the system is set up correctly and staff are trained in its operation. Delivery is expected within 60 calendar days post-award. This initiative reflects the VA's commitment to improving healthcare delivery while focusing on the unique needs of veterans facing increased risks of HPV-related health issues.
    Lifecycle
    Title
    Type
    Combined Synopsis/Solicitation
    Sources Sought
    Similar Opportunities
    6550--Lab Testing Services - (HIV/HCV/HPV/On)
    Buyer not available
    The Department of Veterans Affairs is seeking to negotiate a sole-source contract with Roche Diagnostics Corporation for lab testing services related to HIV, HCV, and HPV at the Corporal Michael J. Crescenz VA Medical Center. The contractor will be responsible for providing FDA-approved laboratory systems, instruments, maintenance, and consumables necessary for clinical testing, including a fully automated PCR testing platform with advanced features for real-time detection and minimal maintenance. This procurement is crucial for ensuring the delivery of quality healthcare services to veterans through efficient laboratory solutions. Interested parties must express their interest or submit capabilities by February 13, 2025, and can contact Contract Specialist Yazmin Alvarez at yazmin.alvarez@va.gov or 302-944-2511 x5202 for further information.
    6515--Agilent Artisan Link Pro Special Stains System (Brand Name)
    Buyer not available
    The Department of Veterans Affairs is conducting market research to identify qualified vendors for the procurement of one unit of the Agilent Artisan Link Pro Special Stains System, a brand-name product essential for medical applications. The procurement specifically targets Service-Disabled Veteran Owned Small Businesses (SDVOSB), Veteran Owned Small Businesses (VOSB), and other small or emerging firms capable of providing this specialized medical equipment. The selected vendor will play a crucial role in supporting healthcare services at the Captain James A. Lovell Federal Health Care Center in North Chicago, Illinois. Interested parties must submit their responses, including company details and capability statements, to the Contracting Officer, Waymon McNeal, at waymon.mcnealjr@va.gov by 3:00 PM Central Standard Time on March 14, 2025, in compliance with FAR regulations and SAM registration requirements.
    6515--Starlet Assay System
    Buyer not available
    The Department of Veterans Affairs is seeking qualified vendors to provide a Starlet AL Assay System for the Iowa City VA Health Care System, as outlined in solicitation number 36C26325Q0416. This procurement aims to enhance laboratory automation for processing LC/MS/MS specimens, requiring equipment that meets specific capabilities such as high precision pipetting and customizable software integration. The contract will be awarded as a firm fixed-price agreement, with quotes due by 13:00 CST on March 12, 2025, and technical inquiries accepted until March 8, 2025. Interested parties must ensure registration in the System for Award Management (SAM) and adhere to all submission guidelines, with the primary contact for this opportunity being Contract Specialist Emanuel Nevarez at emanuel.nevarez@va.gov or (320) 255-6354.
    Q301-- Five (5) Full-Time Equivalent Certified Medical Technologists
    Buyer not available
    The Department of Veterans Affairs is seeking to procure the services of five full-time certified Medical Technologists to support the Public Health National Program Office. These professionals will be responsible for performing high-complexity molecular laboratory testing and laboratory information management services, which are critical for the nation's biodefense strategy and public health preparedness, particularly in diagnosing emerging pathogens and high-consequence infections. Interested vendors must respond with their company details and capabilities by March 13, 2025, with a preference for submissions from service-disabled veteran-owned and veteran-owned small businesses. For further inquiries, potential respondents can contact Contracting Officer Larry Facio at Larry.Facio@va.gov or by phone at 916-923-4553.
    J065--Alere Accu-check Abbott Annual Service Maintenance Agreement
    Buyer not available
    The Department of Veterans Affairs is seeking qualified service providers for an Annual Service Maintenance Agreement for Abbott RALS Accu-Chek analyzers utilized by the VA Southern Nevada Healthcare System. The procurement aims to secure technical support, emergency on-site responses, and periodic preventative maintenance performed by manufacturer-approved technicians, ensuring compliance with VA, FDA, and OSHA standards. This service is critical for maintaining the operational efficiency and reliability of complex medical analyzers essential for patient care. Interested vendors, who must be registered as service-disabled veteran-owned or veteran-owned businesses, are required to submit their responses by March 13, 2025, with the contract period commencing on June 1, 2025. For further inquiries, potential bidders can contact Contract Specialist Larry A Facio at Larry.Facio@va.gov or by phone at 916-923-4553.
    6640--FY25 Q3 Micro Molecular Testing (VA-25-00029953)
    Buyer not available
    The Department of Veterans Affairs (VA) is issuing a presolicitation notice for the procurement of Micro Molecular Testing supplies for the West Palm Beach VA Hospital, under Solicitation No. 36C24825Q0395. The procurement includes various laboratory items and equipment, such as testing kits and the leasing of laboratory instruments, with a requirement for vendors to be Authorized Distributors and provide proof of their status. This initiative is part of the VA's commitment to enhancing its laboratory capabilities to effectively serve veterans. Interested vendors must submit their quotations via email by March 12, 2025, at 2:00 PM Eastern Time, and are encouraged to stay updated on any changes to the solicitation through the Beta-Sam website. For further inquiries, vendors can contact Contract Officer David Henry at David.Henry3@va.gov or by phone at 561-631-3352.
    6640--Notice of Intent (NOI) to Sole Source to Roche Diagnostics. Cobas 6800 system, assays, reagents and supplies.
    Buyer not available
    The Department of Veterans Affairs (VA) intends to award a Sole Source contract to Roche Diagnostics for the provision of equipment and supplies related to the Cobas 6800 system, which is critical for conducting various medical tests including those for HIV, HCV, HBV, HPV, and SARS-CoV-2. This procurement involves a Firm-Fixed-Price Indefinite Delivery Indefinite Quantity (IDIQ) contract, structured with a base year and four additional ordering periods, ensuring a reliable supply of assays, reagents, controls, and consumables necessary for routine medical testing at the Central Arkansas Veterans Healthcare System (CAVHS). The initiative aims to enhance diagnostic capabilities while maintaining high standards for quality, safety, and regulatory compliance, reflecting the VA's commitment to efficient healthcare delivery for veterans. Interested parties must submit their qualifications and any evidence of capability to compete for this contract to Contracting Officer Anthony Marion via email by March 25, 2025, with the anticipated award date set for May 1, 2025.
    6550--Notice of Intent to Sole Source -- Aligent Artisan Pro Link
    Buyer not available
    The Department of Veterans Affairs intends to procure a two-year Blanket Purchase Agreement (BPA) for the Agilent Artisan Link Pro Automated Special Stain systems on a sole-source basis. This procurement includes the provision of necessary instrumentation, supplies, reagents, and maintenance services essential for the effective operation of pathology labs at West Roxbury and West Haven. The Artisan system is critical for ensuring optimal staining quality in patient diagnostics, as Agilent is the sole provider of the proprietary reagents and staining kits required for this process. Interested parties may submit documentation to the Contract Specialist, Sarah Ballentine, at Sarah.Ballentine@va.gov, with a response deadline of March 14, 2025, at 4:30 PM ET, as no public solicitation will be posted.
    Q301--36C261-25-AP-0695 | 593-25-1-040-0003 Pharmacy Gloved Fingertip Testing, (GFT - MFT) Services
    Buyer not available
    The Department of Veterans Affairs is seeking qualified contractors to provide Pharmacy Gloved Fingertip Testing (GFT) and Media Fill Testing (MFT) services for the VA Sierra Pacific Network (VISN 21). The procurement aims to ensure compliance with microbiological testing standards as outlined in the Statement of Work, which requires testing by an ISO/IEC 17025:2017 accredited laboratory, including the processing of various samples and adherence to 2023 USP <797> standards. This initiative is crucial for maintaining safety and compliance in pharmaceutical compounding environments, directly impacting the quality of care provided to veterans. Interested parties must submit their capability statements by March 17, 2025, and ensure they are registered in the System for Award Management (SAM). For further inquiries, contact LaDonna Collins at ladonna.collins@va.gov.
    Q301--Lab Equipment Radiopharm | Brand Name Only-BioRad Quality Altoona VAMC
    Buyer not available
    The Department of Veterans Affairs is seeking to procure BioRad Quality Controls for the Altoona VA Medical Center, specifically for use with Abbott Alinity blood analyzers. The objective of this procurement is to ensure the availability of reliable quality control materials necessary for accurate testing and disease diagnosis, thereby enhancing patient care. This acquisition is critical as it emphasizes the need for consistent lot numbers and extended expiration dates to maintain the integrity of laboratory results. Interested vendors must submit their proposals by March 18, 2025, and can contact Contract Specialist Christa Stine at christa.stine@va.gov or 570-824-3521 for further information. The estimated total cost for this five-year contract is $184,072.50.